Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Similar documents
Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018

Request for Proposal (RFP) For

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

Request for Proposal (RFP) For Jail Security System Control Upgrade

Beecher Lake Dam Modification

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

Request for Proposal (RFP) For Routine Vehicle Maintenance

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014

REQUEST FOR PROPOSAL (RFP) # MARINETTE COUNTY JAIL INMATE FOOD SERVICE POSTING DATE: MAY 2, 2018

REQUEST FOR PROPOSAL (RFP) FOR BANKING SERVICES POSTING DATE: SEPTEMBER 24, 2014

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

Request for Proposal (RFP) For HHS Conference Room Remodel Posting Date: December 3, 2014

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

Request For Proposal (RFP) for

SECTION 2 - STANDARD TERMS & CONDITIONS

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Telemetry Upgrade Project: Phase-3

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

Request for Proposal

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR QUOTE (RFQ) # FOR: ONE (1) NEW 4X4 TRACTOR POSTING DATE: JANUARY 10, 2018

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

P R O P O S A L F O R M

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

City of Merriam, Kansas

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Invitation To Bid. for

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

Request for Proposal (RFP) Imperial Valley Emergency Communications Authority (IVECA)

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT

Request for Proposal # Postage Meter Lease & Maintenance Service

PROPOSAL LIQUID CALCIUM CHLORIDE

REQUEST FOR PROPOSAL - CANCELED FOR BANKING SERVICES. Request for Proposal #FY180041

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR PROPOSALS RFP#75-18

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

Request for Proposal # Executive Recruitment Services

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

SERVICE AGREEMENT CONTRACT NO.

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

Union County. Request for Proposals # Employee Survey Services

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSALS RFP-LC Legal Services for Indigent Defendants in Adult Criminal Proceedings. DUE: May 4, 2018 at 2:00 p.m.

Lockbox Services. Job No FA

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES

Request for Qualifications

BID DOCUMENTS FOR. WTP VFD Replacement Bid

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

BERRIEN COUNTY ROAD DEPARTMENT

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

ALL TERRAIN SLOPE MOWER

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR PROPOSALS For Retail Consultant

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Transcription:

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May 6, 2014 Response Deadline: June 2, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner Marinette County Highway Department 501 Pine Street Peshtigo, WI 54157

Table of Contents I. BACKGROUND... 3 II. TENTATIVE PROJECT TIMELINE... 3 III. RFP DUE DATE... 3 IV. RFP QUESTIONS... 3 V. RFP SUBMISSION REQUIREMENTS... 4 VI. SCOPE OF SERVICES... 4 VII. CONTRACT TERMS... 5 VIII. FINANCIAL VERIFICATION... 5 IX. OTHER... 5 WORKERS COMPENSATION INSURANCE:... 5 AUTO LIABILITY INSURANCE:... 6 GENERAL LIABILITY INSURANCE:... 6 ADDITIONAL INSURED... 6 SUBCONTRACTOR... 6 WAVIER OF SUBROGATION... 6 CANCELLATION NOTICE... 6 PROOF OF INSURANCE... 6 X. PROJECT COORDINATION AND CHANGES... 6 XI. ATTACHMENTS... 6 Page 2

I. BACKGROUND Marinette County is requesting proposals for construction / paving inspection services to ensure private construction / paving activities on three county highway projects. Notwithstanding any other provisions of the RFP, Marinette County reserves the right to reject any or all proposals, to waive any irregularity or informality in a proposal, and to accept or reject any item or a combination of items when doing so would be to the advantage of Marinette County or its taxpayers. It is further within the right of Marinette County to reject proposals that do not contain all elements and information requested in this document. Marinette County shall not be liable for any losses incurred by the vendor making the proposal throughout this process. The cost of preparing a response to this RFP is not reimbursable in part or in whole to the vendor. Any proposal received will become the property of Marinette County and a matter of public record. Any proprietary material or information should be marked and submitted as a supplement to the proposal to allow the County to protect the information as warranted. II. III. TENTATIVE PROJECT TIMELINE RFP posted by 4:30 p.m. May 6, 2014 RFP questions due by 3:00 p.m. May 21, 2014 RFP questions answered by 4:30 p.m. May 22, 2014 RFP responses due from potential vendors by 3:00 p.m. June 2, 2014 RFP DUE DATE Proposals shall be submitted to the Marinette County Highway Commissioner by no later than 3:00 p.m. central time on June 2, 2014. Proposals shall be clearly labeled 2014 Paving/Construction Inspection and submitted to the location/address listed below. Faxed and emailed proposals will not be accepted. Delivery Address for Hand Delivery, USPS, UPS, Fed X: Raymond G Palonen, Highway Commissioner Marinette County Highway Department Paving/Construction Inspection 501 Pine Street Peshtigo, WI 54157 Each proposal must be received by the due date and time set for this RFP. A proposal received after the established deadline will not be considered. IV. RFP QUESTIONS All questions related to this RFP must be submitted not later than 3:00 p.m. CST, May 21, 2014, via e-mail to rpalonen@marinettecounty.com. Clearly mark the e-mail Questions for Inspection Services. Phone call or faxed questions will not be accepted. Page 3

Answers to questions will be posted in the form of an addendum to the RFP and placed on the Marinette County website http://www.marinettecounty.com on May 22, 2014, not later than 4:30 p.m. CST. It is the responsibility of all interested vendors to access the website for this information. Calls for assistance with the website may be made to (715) 732-7419. V. RFP SUBMISSION REQUIREMENTS The proposal shall be sealed and labeled with the following information: Name of Vendor Address Contact Person Telephone and Facsimile Number E-mail Address One original response and one copy are required to be submitted. The proposal must include the following: Attachment A, Inspection Tabulation Sheet Attachment B, Statement of Understanding Attachment C, Addendum Sheet, if applicable Vendor shall specify project cost to include hourly costs for labor, overhead, and profit for those who will be assigned to the project and vehicle mileage costs per mile. Lodging, meals, and material costs will be considered incidental to the project cost. Summarize project costs calculations with a total not to exceed contract dollar amount. Upon award of the contract, the selected vendor will be required to submit a federal W-9 Form and payment address to Marinette County. Vendors previously established with the county may have this requirement waived. The proposal shall be prepared with a straightforward, concise delineation of the vendor s capabilities to satisfy the requirements of this RFP. A vendor may withdraw or modify its proposal prior to the proposal due date. Any changes or withdrawals must be made in writing prior to the proposal due date. VI. SCOPE OF SERVICES The work on all three projects consist of daily construction observation, ensuring project dimensions and quantities are maintained, tracking and documenting project quantities, making daily project decisions, coordinating project schedules with the contractor(s), ensuring project quality is maintained, rejecting defective work or materials, keeping a daily log of occurrences, and reviewing all project invoices for accuracy. If more than one project occurs concurrently a representative will be required on all active projects while work is underway. Page 4

Above service will be administered at the following locations. CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg VII. VIII. IX. CONTRACT TERMS The vendor may provide a contract to be approved by Marinette County Corporation Counsel. If the vendor does not provide a contract, the vendor shall be required to sign a contract similar to Attachment D. FINANCIAL VERIFICATION Vendor s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means prior to contract award. Marinette County reserves the right to reject Proposals based on information obtained through these background checks. OTHER All work shall conform to all applicable industry standards, federal, state and local laws, codes and ordinances. No vendor will be provided with financial and/or competitive vendor information on this Proposal until after the award of contract has been made. At that time, all Proposals will be available for review in accordance with the Wisconsin Open Records Law. Marinette County shall not be held liable for any claims arising from disclosure required under the Wisconsin Open Records Law. Marinette County and its departments are exempt from payment of all federal, state and local taxes on its purchases except Wisconsin excise taxes. Any contract between vendor and Marinette County shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under such contract, the vendor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, sexual orientation, or national origin. By responding to this Proposal, prospective vendors acknowledge and accept the attachments, including insurance requirements and service template contract sample attached. WORKERS COMPENSATION INSURANCE: Vendor shall provide statutory workers compensation insurance coverage for its employees who will not be considered employees of Marinette County in any way. Page 5

AUTO LIABILITY INSURANCE: Vendor shall provide a minimum of $300,000 per occurrence to cover bodily injury and property damage arising out of ownership, maintenance, or use of any motor vehicle, including non-owned and hired. GENERAL LIABILITY INSURANCE: Vendor shall provide a minimum limit of $1,000,000 per occurrence broad form coverage. ADDITIONAL INSURED The vendor agrees that all liability coverage policies shall name Marinette County as additional insured with respects to liability arising out of activities performed by or on behalf of the vendor/contractor; products and completed operations of vendor/contractor; premises owned, occupied or used by vendor; or automobiles owned, leased, hired or borrowed by vendor. The coverage shall contain no special limitations on the scope of protection to the County. SUBCONTRACTOR Subcontractors of the vendor are subject to the same requirements as is vendor. WAVIER OF SUBROGATION Insurers shall waive all subrogation rights against Marinette County on all policies required under this section. CANCELLATION NOTICE Marinette County will be given a 30 day notice in advance of cancellation, non-renewal, or material change in coverage. PROOF OF INSURANCE Valid Certificates of Insurance shall be issued to Marinette County prior to the execution of the contract. X. PROJECT COORDINATION AND CHANGES Project coordination and communications shall be between the Marinette County Highway Department or its designated representative(s) and the vendor, failure to utilize proper communication channels may lead to payment withholding for unauthorized work. Marinette County reserves the right to make changes to the project, all changes shall be mutually agreed upon in writing by the Vendor and the Marinette County Highway Department or its designated representative. XI. ATTACHMENTS 2014 Inspection Tabulation Sheet, Attachment A Statement of Understanding, Attachment B Addendum Sheet, Attachment C Sample Contract, Attachment D Page 6

ATTACHMENT A Paving/Construction Inspection Tabulation Sheet Project Cost Calculations CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Total Not to exceed $ $ $ $ I have full authority to make such statements and to submit this proposal as the duly recognized representative of the Proposer. Signature of Duly Authorized Individual Date Printed Name: Title: Address: Phone Number: Email: Page 7

ATTACHMENT B 2014 Paving/Construction Inspection Statement of Understanding of Proposal Vendor name Vendor s address City State Zip code Contact person s name & position Vendor s Phone number Vendor s Fax Number We have read the County s Request for Proposals (RFP) for contraction and paving inspections on CTH BB, CTH C, and CTH V and fully understand its intent. We certify that we have adequate personnel, equipment, and license to perform said services. We understand our ability and fitness to perform shall be judged solely by Marinette County. In addition, we certify that: (a) Our proposal is not made in the interest or on behalf of any person not named therein; (b) We have not directly or indirectly induced or solicited any person to submit a false or misleading proposal or to refrain from proposing; (c) We have not in any manner sought by collusion to secure an advantage over any other vendor; (d) We have thoroughly examined the RFP requirements, and our proposed fees cover all costs for service/equipment we have proposed; and (e) We acknowledge and accept all the terms and conditions included in the RFP Signature of vendor or vendor s Representative Date Page 8

ATTACHMENT C 2014 Paving/Construction Inspection Addendum Sheet (If Addendums exist for this project, please sign, date, and submit with Proposal.) The undersigned acknowledges receipt of the following addenda: Addendum #1 Initials Addendum #2 Initials Addendum #3 Initials Addendum #4 Initials Addendum #5 Initials The undersigned agrees with the following statement: I have examined and carefully prepared the response to proposal from the plans and specifications and have checked the same in detail before submitting to Marinette County. Name Signature Date All vendors are responsible to check for addenda, posted on the county website at www.marinettecounty.com, for this project prior to the due date. No notification will be sent if addenda are posted unless there is an addendum within three (3) business days of RFP due date. All vendors receiving initial notification of project will be notified by Marinette County of all addenda issued within three (3) business days prior to due date. If a RFP has already been submitted, vendor is required to acknowledge receipt of addendum via fax or e-mail prior to due date. A new RFP response must be submitted by vendor if addendum affects costs. Vendors that do not have internet access are responsible to contact Marinette County at 715-732-7419 to ensure receipt of addenda issued. RFPs that do not acknowledge addendums may be rejected. All RFPs submitted shall be sealed. Envelopes are to be clearly marked with required information. Sealed RFPs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the vendor. Page 9

ATTACHMENT D MARINETTE COUNTY SAMPLE AGREEMENT THIS AGREEMENT is made by and between Marinette County, a municipality, hereinafter referred to as COUNTY, and, hereinafter referred to as VENDOR, for the purpose of. The parties agree as follows: 1. Contact Persons and Contract Administrators: COUNTY s agent and contact person is: Whose principal business address is: Name Department Address Marinette WI 54143 VENDOR agent and contact person is: Name: Title: Company: Address: City, State: Telephone: 2. VENDOR agrees the following services, as set forth in the response to the Request for Proposal (RFP) dated will be provided to Marinette County. 3. VENDOR agrees to present manufacturer s literature regarding materials & warranty. 4. Start/Completion dates to be determined. 5. COUNTY agrees to the following: Payment Terms COUNTY will pay the VENDOR within 30 days of receipt of an invoice. 6. Both parties agree that the relationship between the parties shall be that of an independent VENDOR and shall not be construed to be an Employer-Employee relationship; specifically the parties agree that: VENDOR will be responsible to pay all Federal, State and social security taxes on any income received under this Agreement. COUNTY will pay no fringe benefits or other compensation to VENDOR. Page 10

7. VENDOR will provide and maintain certificates of insurance with minimum limits as follows: General liability, each occurrence $1,000,000 Auto liability, each occurrence $ 300,000 Workers Compensation Statutory Requirements Certificates of insurance indicating COUNTY as additional insured must be presented to COUNTY s agent with a signed copy of this agreement prior to commencing work. Additionally, all policies shall contain endorsements by respective insurance companies waiving all rights of subrogation, if any, against COUNTY and shall further provide that policies are not cancelable except upon thirty days written notice to COUNTY. 8. VENDOR hereby agrees to release, indemnify, defend and hold harmless Marinette County, its officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by vendor, its officers, officials, employees, agent or assigns. Marinette County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes. 9. This contract may be amended in writing by mutual agreement of both parties at any time. 10. This agreement shall be governed by the laws of the State of Wisconsin. 11. COUNTY may terminate this agreement in the event VENDOR breaches any of the terms of the agreement or for unsatisfactory performance by VENDOR. Termination shall be immediate upon written notification by the COUNTY. VENDOR Date Kathy Brandt, County Clerk Date Page 11